Agenda Item B.5 CONSENT CALENDAR Meeting Date: November 19, 2013

Size: px
Start display at page:

Download "Agenda Item B.5 CONSENT CALENDAR Meeting Date: November 19, 2013"

Transcription

1 Agenda Item B.5 CONSENT CALENDAR Meeting Date: November 19, 2013 TO: FROM: CONTACT: Mayor and Councilmembers Steve Wagner, Public Works Director Teresa Lopes, Senior Project Manager SUBJECT: Curb, Gutter and Sidewalk Improvements South Patterson Avenue Patterson Avenue Sidewalk Infill Project RECOMMENDATIONS: A. Approve the design, plans and specifications for the Curb, Gutter and Sidewalk Improvements South Patterson Avenue Patterson Avenue Infill Project; and B. Authorize the City Manager to execute a construction contract with DPM Construction Company, for the Curb, Gutter and Sidewalk Improvements South Patterson Avenue Patterson Avenue Sidewalk Infill Project in the amount of $147,230, subject to the requirements of the contract documents; and C. Authorize the City Manager to approve contingency contract change orders, if necessary, in an aggregate amount not to exceed $14,723. BACKGROUND: On April 6, 2011 the City entered into an agreement with Penfield and Smith to conduct surveys and design of the Patterson Avenue Sidewalk Infill Project. The design was completed this year. In fall of 2011 the City applied for and was awarded $50,000 in grant funding for the Patterson Avenue Sidewalk Infill Project through Cycle 1 of the Measure A South Coast Regional Bicycle and Pedestrian Program. On April 17, 2012 the City entered into a Cooperative Agreement with SBCAG for Cycle 1 of the South Coast Measure A SR2S, Bicycle and Pedestrian Programs. The City also received $54,000 in State and Local Partnership Program (SLPP) funding from Caltrans in June 2013 to apply to the construction of the project. DISCUSSION: The absence of sidewalk along the southwest section of Patterson Avenue from Debbie Street to Hollister Avenue means pedestrians must walk on the street. Completion of this project will eliminate the need for pedestrians to navigate this gap, resulting in a

2 Meeting Date: November 19, 2013 safer (especially during the night time), cleaner and more pleasant walking experience. Filling this gap will also create an easily traversable path for those with physical challenges. The project will construct approximately 720 linear feet of sidewalk, curb and gutter to complete a continuous walking path along Patterson Avenue between Debbie Road and Hollister Avenue. The project also includes construction and reconstruction of new and existing driveways along the project limits as well as ADA access. The project closes a gap of the pedestrian facility of a major arterial street in the City of Goleta. The plans and specifications for the project consist of the actual plan sheets and Special Provisions. The specifications also incorporate by reference the Caltrans Standard Specifications 2010 edition, the Caltrans 2010 Standard Plans, OSHA regulations (the Construction Safety Orders), the Manual of Uniform Traffic Control Devices (MUTCD) and the Caltrans Construction Manual. In an effort to conserve paper and in keeping with the City s green philosophy, these documents are not attached to the report but instead are available for review in the City Clerk s office. The project was advertised for competitive bids beginning on October 15, 2013, and the sealed bids were opened at City Hall on November 6, A total of eleven (11) bids were received. A summary of the bids received is shown in the table below. Contractor City Bid Amount DPM Construction Company Camarillo, CA $147, Granite Construction Santa Barbara, CA $159, J&P Construction Santa Maria, CA $168, Santa Barbara Plumbing Co., Inc. Carpinteria, CA $174, Berry General Engineering Contractors, Inc Ventura, CA $186, Toro Enterprises Oxnard, CA $187, Lash Construction Santa Barbara, CA $199, JJ Fisher Construction, Inc. Arroyo Grande, CA $200, G. Sosa Construction, Inc Orcutt, CA $203, V. Lopez Jr. & Sons Santa Maria, CA $210, CalPortland Construction Santa Maria, CA $237, The lowest cost responsive/responsible bid was received from DPM Construction Company in the amount of $147,230. As such, staff is recommending award of the construction contract for construction of the Curb, Gutter and Sidewalk Improvements South Patterson Avenue Patterson Avenue Infill Project to DPM Construction Company. A contract with DPM Construction Company in the amount of $147,230 is included as Attachment 1 to this report. There are additional items of construction support and construction management work as well as work by City staff that will need to be performed for the project in addition to and in coordination with the construction contract. Additional work will include Page 2 of 4

3 Meeting Date: November 19, 2013 construction management/inspection for the Patterson Avenue Sidewalk Infill Project, as well as staff time for construction support during the life of the contract. FISCAL IMPACTS The total cost for the project based on the $147,230 bid, including contingencies and construction management, is $202,000 as shown in the following table: Construction Contract $147,230 Construction Contingency $14,723 Construction Management $29,800 Project Management and Support During Construction (Staff) $10,247 TOTAL $202,000 In addition to the $50,000 in Measure A funds through the Regional Bicycle and Pedestrian Grant Program, Caltrans has authorized a total of $54,000 in SLPP funds for the construction phase of this project. This includes the cost of construction and construction management. The construction is funded with a combination of SLPP, Measure A grant funds, Measure A funds and local Transportation funds. The budget worksheet for the project is shown in the table below. Patterson Avenue Sidewalk Budget FY 13/14 Account Fund Type FY Available Budget Appropriations Measure A $ $98, Measure A- Other $50,000 $50, SLPP $54,000 $54,000 Total $202,000 ALTERNATIVES: The Council may elect to reject all bids and direct staff to re-bid the project. However, doing so would significantly delay project construction (until next summer) and would result in a loss of the SLPP and Measure A grant funds which could result in the project not being fundable. Page 3 of 4

4 Meeting Date: November 19, 2013 Legal Review By: Approved By: Tim W. Giles City Attorney Michelle Greene Deputy City Manager ATTACHMENTS: 1. Construction contract with DPM Construction Company for the Curb, Gutter and Sidewalk Improvements South Patterson Avenue Patterson Avenue Infill Project Page 4 of 4

5 ATTACHMENT 1 Construction Contract with DPM Construction Company

6 CONSTRUCTION CONTRACT FOR THE CURB, GUTTER AND SIDEWALK IMPROVEMENTS, SOUTH PATTERSON AVE PROJECT BETWEEN THE CITY OF GOLETA AND DPM CONSTRUCTION COMPANY This Construction Contract ( Contract ) is made and entered into for the above stated project this 19 th day of November, 2013, by and between the City of Goleta ( City ) and DPM Construction Company, ( Contractor ). 1. Contract Documents. Contract Documents means the Notice Inviting Sealed Bids; Bidding Instructions; Supplementary Instructions to Bidders; Bid Proposal; this Contract; Standard Specifications; Supplementary Conditions; Exhibits; Technical Specifications; List of Drawings; Drawings; Addenda; Notice to Proceed; Change Orders; Notice of Completion; and all other documents identified in the Contract Documents which together form the contract between the City and the Contractor for the Work. 2. Work. For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required for the Project, and to fulfill all other obligations as set forth in the Contract Documents ( Work ). 3. Contract Amount. The City agrees to pay the Contractor a sum not to exceed one hundred forty seven thousand two hundred thirty dollars ($147,230) for the Work in the manner set forth in the Contract Documents. The City may adjust this amount as set forth in the Contract Documents. 4. Time for Performance. 4.1 The Contractor will fully complete the Work within twenty five (25) working days (the Contract Time ), excepting therefrom the plant establishment period. Plant establishment period shall be per the approved contract schedule The Contract Time will commence when the City issues a notice to proceed. The Contract Documents will supersede any conflicting provisions included on the notice to proceed issued pursuant to this Contract.

7 4.3 The Contractor shall not perform any Work until: i. The Contractor furnishes proof of insurance as required by the Contract Documents; and ii. The City gives the Contractor a notice to proceed. 4.4 By signing this Contract, the Contractor represents to the City that the Contract Time is reasonable for completion of the Work and that the Contractor will complete the Work within the Contract Time. 4.5 Should the Contractor begin the Work before receiving written authorization to proceed, any such Work is at the Contractor s own cost and risk. 5. Labor Practices. 5.1 Contractor acknowledges that this Contract is subject to the provisions of Division 2, Part 7, Chapter 1 (commencing the Section 1720) of the California Labor Code relating to Community Services and public agencies and agrees to be bound by all the provisions thereof as though set forth in full herein. The California prevailing rates of per diem wages are on file in the office of the City Clerk. 5.2 Contractor agrees to comply with the provisions of California Labor Code Sections 1774 and1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. Contractor shall, as a penalty to the City, forfeit not more than fifty dollars ($50) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director of Industrial Relations for the work or craft in which the worker is employed for any public work done under the Contract by Contractor or by any Subcontractor. 5.3 Contractor agrees to comply with the provisions of California Labor Code Section concerning the employment of apprentices on Community Services projects, and further agrees that Contractor is responsible for compliance with Section by all of its Subcontractors. 5.4 Contractor agrees to comply with the provisions of California Labor Code Section 1813 concerning penalties for workers who work excess hours. Except as provided by Labor Code Section 1815, the Contractor shall, as a penalty to the City, forfeit twenty-five dollars ($25) for each worker employed in the execution of the Contract by the Contractor or by any Subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Division 2,

8 Part 7, Chapter 1, Article 3 (commencing at Section 1810) of the California Labor Code. 5.5 In accordance with California Labor Code Sections 1860 and 3700, every contractor is required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, Contractor, by signing this Contract, certifies that Contractor is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and will comply with such provisions before commencing the performance of the work of this Contract. 5.6 Contractor agrees to comply with the provisions of California Labor Code Section 1776 concerning the creation, retention, and inspection of payroll records, and further agrees to be responsible for compliance with Section 1776 by all of its Subcontractors. 6. Insurance. 6.1 Insurance Requirements. CONTRACTOR shall provide and maintain insurance, acceptable to the City Manager and City Attorney, in full force and effect throughout the term of this AGREEMENT, against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by CONTRACTOR, its agents, representatives or employees. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A- :VII. CONTRACTOR shall provide the following scope and limits of insurance: as: A. Minimum Scope of Insurance. Coverage shall be at least as broad (1) Insurance Services Office form Commercial General Liability coverage (Occurrence Form CG 0001). (2) Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, including code 1 "any auto" and endorsement CA 0025, or equivalent forms subject to the written approval of the City. (3) Workers' Compensation insurance as required by the Labor Code of State of California and Employer's Liability insurance and covering all persons providing services on behalf of the CONTRACTOR and all risks to such persons under this AGREEMENT.

9 B. Minimum Limits of Insurance. CONTRACTOR shall maintain limits of insurance no less than: (1) General Liability: $4,000,000 general aggregate for bodily injury, personal injury and property damage. (2) Automobile Liability: $2,000,000 per accident for bodily injury and property damage. (3) Workers' Compensation and Employer's Liability: Workers' Compensation as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. 6.2 Other Provisions. Insurance policies required by this AGREEMENT shall contain the following provisions: A. All Policies. Each insurance policy required by this paragraph shall be endorsed and state the coverage shall not be suspended, voided, cancelled by the insurer or either party to this AGREEMENT, reduced in coverage or in limits except after 30 days' prior written notice by Certified mail, return receipt requested, has been given to City s Risk Manager. B. General Liability and Automobile Liability Coverages. (1) CITY, and its respective elected and appointed officers, officials, and employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities CONTRACTOR performs; products and completed operations of CONTRACTOR; premises owned, occupied or used by CONTRACTOR; or automobiles owned, leased, hired or borrowed by CONTRACTOR. The coverage shall contain no special limitations on the scope of protection afforded to CITY, and their respective elected and appointed officers, officials, or employees. (2) CONTRACTOR's insurance coverage shall be primary insurance with respect to CITY, and its respective elected and appointed, its officers, officials, employees and volunteers. Any insurance or self insurance maintained by CITY, and its respective elected and appointed officers, officials, employees or volunteers, shall apply in excess of, and not contribute with, CONTRACTOR's insurance. (3) CONTRACTOR's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.

10 (4) Any failure to comply with the reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to CITY, and its respective elected and appointed officers, officials, employees or volunteers. C. Workers' Compensation and Employer's Liability Coverage. Unless the City Manager otherwise agrees in writing, the insurer shall agree to waive all rights of subrogation against CITY, and its respective elected and appointed officers, officials, employees and agents for losses arising from work performed by CONTRACTOR. 6.3 Other Requirements. CONTRACTOR agrees to deposit with CITY, at or before the effective date of this contract, certificates of insurance necessary to satisfy CITY that the insurance provisions of this contract have been complied with. The City Manager may require that CONTRACTOR furnish CITY with copies of original endorsements effecting coverage required by this Section. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. CITY reserves the right to inspect complete, certified copies of all required insurance policies, at any time. A. Any deductibles or self-insured retentions must be declared to and approved by CITY. At the option of CITY, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects CITY or its respective elected or appointed officers, officials, employees and volunteers or the CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claim administration, defense expenses and claims. B. The procuring of such required policy or policies of insurance shall not be construed to limit CONTRACTOR's liability hereunder nor to fulfill the indemnification provisions and requirements of this AGREEMENT. 7. Independent Contractor. Contractor is and shall at all times remain as to the City, a wholly independent contractor. Neither the City nor any of its agents shall have control of the conduct of Contractor or any of the Contractor s employees, except as herein set forth. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are in any manner agents or employees of City. 8. Permits and Licenses CONSULTANT, at its sole expense, shall obtain and maintain during the term of this AGREEMENT, all appropriate permits, licenses, and certificates, including a CITY business license, that may be required in connection with the performance of services under this AGREEMENT.

11 9. Taxes. The Contractor is responsible for paying all retail, sales and use, transportation, export, import, special, or other taxes, licenses, and duties applicable to, and assessable against any work, materials, equipment, services, processes and operations incidental to or involved in this Contract. The Contractor is responsible for ascertaining and arranging to pay them. The prices established in this Contract shall include compensation for any taxes the Contractor is required to pay by laws and regulations in effect on the bid opening date. 10. Notices. All notices and communications shall be sent to the parties at the following address: CITY: CONTRACTOR: City Manager City of Goleta 130 Cremona Drive, Suite B Goleta, CA David Paul Gonzalez 2390 Las Posas Rd, #450 Camarillo, CA Ownership of Documents. All documents, data, studies, drawings, maps, models, photographs and reports prepared by the Contractor under the Contract Documents are the City s property. The Contractor may retain copies of such documents and materials as desired, but will deliver all original materials to the City upon the City s written notice. 12. Audit of Records. The Contractor will maintain full and accurate records with respect to all services and matters covered under this Contract. The City will have free access at all reasonable times to such records, and the right to examine and audit the same and to make transcript therefrom, and to inspect all program data, documents, proceedings and activities. The Contractor will retain such financial and program service records for at least three (3) years after termination or final payment under the Contract Documents.

12 13. Indemnification. Contractor agrees to defend, indemnify and hold harmless City and all of its officers, employees and agents from any liability, financial loss, claims, demands, or causes of action, including but not limited to related expenses, attorney s fees and costs, based on, arising out of, or in any way related to the work undertaken by Contractor or any person employed by Contractor or its agents. Nothing in this section shall narrow the indemnification provisions contained in the City s Standard Specifications. 14. Assignment. This Contract is not assignable nor the performance of either party s duties delegable without the prior written consent of the other party. Any attempted or purported assignment or delegation of any or the rights of obligations of either party without the prior written consent of the other shall be void and of no force and effect. 15. Integration. This Contract supersedes any and all other agreements either oral or written, between the parties and contains all of the covenants and agreements between the parties pertaining to the work of improvements described herein. Each party to this Contract acknowledges that no representations, inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone acting on behalf of any party, which are not embodied herein, and that any other agreement, statements or promise not contained in this Contract shall not be valid or binding. 16. Authority/Modification. The parties represent and warrant that all necessary action has been taken by the parties to authorize the undersigned to execute this Contract and to engage in the actions described herein. This Contract may be modified by written amendment. The City s City Manager, or designee, may execute any such amendment on the City s behalf when properly authorized pursuant to municipal code Interpretation. This Contract was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this Contract will be in Santa Barbara County. 18. Severability. If any portion of the Contract Documents are declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Contract will continue in full force and effect.

13 19. Captions. The captions of the sections of this Contract are for convenience of reference only and will not affect the interpretation of this Contract. 20. Time of Essence. Time is of the essence for each and every provision of the Contract Documents. In concurrence and witness whereof, this AGREEMENT has been executed by the parties effective on the date and year first above written. CITY OF GOLETA CONTRACTOR Dan Singer, City Manager David Paul Gonzalez, Sole Owner ATTEST: Deborah S..Lopez, City Clerk APPROVED AS TO FORM Tim W. Giles, City Attorney Contractor s License No A

Colusa Veterans Hall Bathrooms and Kitchen Remodel Contract

Colusa Veterans Hall Bathrooms and Kitchen Remodel Contract This services contract to remodel the Colusa Veterans Hall bathrooms and kitchen ( Contract ) is between the County of Colusa ( County ), a political subdivision of the State of California and ( Contractor

More information

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter

More information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC This Indemnification and Insurance Agreement (the Agreement ) is entered into by and between the City of XX

More information

PERSONAL SERVICES CONTRACT County of Nevada, California

PERSONAL SERVICES CONTRACT County of Nevada, California PERSONAL SERVICES CONTRACT County of Nevada, California This Personal Services Contract is made between the COUNTY OF NEVADA (herein "County"), and Kimley-Horn and Associates, Inc. (herein Contractor ),

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

EXHIBIT 3 Page 1 of 12

EXHIBIT 3 Page 1 of 12 Page 1 of 12 FLORIDA DEPARTMENT OF TRANSPORTATION - DISTRICT FOUR MAINTENANCE MEMORANDUM OF AGREEMENT THIS AGREEMENT, is entered into this day of, 2017, by and between the STATE OF FLORIDA DEPARTMENT OF

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

AIRPORT HANGAR LICENSE AGREEMENT

AIRPORT HANGAR LICENSE AGREEMENT AIRPORT HANGAR LICENSE AGREEMENT This Hangar License Agreement ( Agreement ) is made and entered into this day of 2011, by and between the City of Cloverdale, hereinafter referred to as City and (name

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND This AGREEMENT, is made and entered into this day of, 2019, by and between the CITY OF EL SEGUNDO, a municipal corporation ( CITY ) and,

More information

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC This Indemnification and Insurance Agreement (the Agreement ) is entered into by and between

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

B \ v2.doc APPENDIX C

B \ v2.doc APPENDIX C B0785-0001\1706002v2.doc APPENDIX C TAXICAB FRANCHISE AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FRANCHISEE'S NAME NAME OF FRANCHISEE: RESPONSIBLE PRINCIPAL OF FRANCHISEE: Insert name of Franchisee

More information

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR This Agreement is made this day of, 2018, by and between SPRINGVILLE CITY, 110 S Main, Springville, Utah (hereinafter referred to as the City ), and,

More information

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC. TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.) STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONSULTANT FOR PROFESSIONAL

More information

Staff Report. Scott Conn, Network & Operations Manager (925)

Staff Report. Scott Conn, Network & Operations Manager (925) .b Staff Report Date: April, 01 To: From: Prepared by: City Council Valerie J. Barone, City Manager Joelle Fockler, MMC, City Clerk Joelle.fockler@cityofconcord.org () 1-0 Scott Conn, Network & Operations

More information

AGREEMENT FOR SERVICES

AGREEMENT FOR SERVICES AGREEMENT FOR SERVICES This AGREEMENT FOR SERVICES (the Agreement ) made as of the date stated below, between the Village of South Lebanon, Ohio, 10 N. High Street, South Lebanon, OH 45065 (the Village

More information

Staff Report. City Council Sitting as the Local Reuse Authority

Staff Report. City Council Sitting as the Local Reuse Authority .q Staff Report Date: July, To: From: Prepared by: Subject: City Council Sitting as the Local Reuse Authority Valerie J. Barone, City Manager Guy S. Bjerke, Director - Community Reuse Planning Guy.bjerke@cityofconcord.org

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

More information

Services Agreement for Public Safety Helicopter Support 1

Services Agreement for Public Safety Helicopter Support 1 SERVICES AGREEMENT FOR PUBLIC SAFETY HELICOPTER SUPPORT BETWEEN THE CITY OF HUNTINGTON BEACH AND THE CITY OF NEWPORT BEACH This ("Agreement") is made by and between the City of Huntington Beach, a California

More information

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax: CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC

#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC. FOR DONATIONS TO FULTON COUNTY S YOUTH BASKETBALL PROGRAM THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

Staff Report. Suzanne McDonald, Financial Operations Manager (925)

Staff Report. Suzanne McDonald, Financial Operations Manager (925) .d Staff Report Date: February, 01 To: From: Reviewed by: Prepared by: Subject: City Council Valerie J. Barone, City Manager Karan Reid, Director of Finance Suzanne McDonald, Financial Operations Manager

More information

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

More information

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES This Independent Consultant Agreement for Professional Services ( Agreement ) is made and entered into as of the 17th

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE

CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE 1. Parties. This Memorandum of Understanding (MOU) is made and entered into by and between Empire Builders

More information

Staff Report. Andrea Ouse, Director of Community and Economic Development Abhishek Parikh, Transportation Manager

Staff Report. Andrea Ouse, Director of Community and Economic Development Abhishek Parikh, Transportation Manager .d Staff Report Date: December, 1 To: From: Reviewed by: Prepared by: Subject: City Council Valerie J. Barone, City Manager Andrea Ouse, Director of Community and Economic Development Abhishek Parikh,

More information

TOWING SERVICE FRANCHISE AGREEMENT

TOWING SERVICE FRANCHISE AGREEMENT TOWING SERVICE FRANCHISE AGREEMENT 1. IDENTIFICATION This Towing Service Franchise Agreement ( Agreement herein), effective as of the date specified in Section 3 below, is entered into by, ( TOWING CARRIER

More information

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 The Ogden City Redevelopment Agency (the RDA ) is funding

More information

Staff Report. City Council Sitting as the Local Reuse Authority

Staff Report. City Council Sitting as the Local Reuse Authority .aa Staff Report Date: June, 0 To: From: Prepared by: City Council Sitting as the Local Reuse Authority Valerie J. Barone, City Manager Guy S. Bjerke, Director, Community Reuse Planning Guy.bjerke@cityofconcord.org

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of

More information

City of La Palma Agenda Item No. 5

City of La Palma Agenda Item No. 5 City of La Palma Agenda Item No. 5 MEETING DATE: November 7, 2017 TO: FROM: SUBMITTED BY: CITY COUNCIL CITY MANAGER Mike Belknap, Community Services Director AGENDA TITLE: Award of Contract to Infrastructure

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

TEMPORARY SERVICE APPLICATION (HYDRANT METERS) TEMPORARY SERVICE APPLICATION (HYDRANT METERS) Order Taken By: Account No: Date: Work Order No.: TYPE (Please check one) New Service Exchange Meter Relocate Meter Discontinue Service BILLING DATA SERVICE

More information

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS Return recorded document to: Planning and Redevelopment Division 1 North University Drive, Suite 102A Plantation, Florida 33324 Document prepared by: NOTICE: PURCHASERS, GRANTEES, HEIRS, SUCCESSORS AND

More information

DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H

DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H Professional Service Contract (Rev 9/18/12) Page 1 DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 11th day of March, 2013, by and

More information

AGREEMENT BETWEEN CITY OF NORTH LAS VEGAS AND [INSERT NAME OF SERVICES PROVIDER]

AGREEMENT BETWEEN CITY OF NORTH LAS VEGAS AND [INSERT NAME OF SERVICES PROVIDER] AGREEMENT BETWEEN CITY OF NORTH LAS VEGAS AND [INSERT NAME OF SERVICES PROVIDER] This Agreement (this AAgreement@) is executed this day of, 2016 by and between the City of North Las Vegas, a Nevada municipal

More information

INVITATION TO BID LANDSCAPE SERVICES

INVITATION TO BID LANDSCAPE SERVICES INVITATION TO BID LANDSCAPE SERVICES Vandenberg Village Community Services District is soliciting proposals for office landscape maintenance service and invites you to provide a proposal. Please note the

More information

CITY OF NEEDLES. Request For Proposals For Nexus Study on Impacts of Medical Marijuana Facilities

CITY OF NEEDLES. Request For Proposals For Nexus Study on Impacts of Medical Marijuana Facilities CITY OF NEEDLES 817 Third Street Needles, California 92363 (760) 326-2113 FAX (760) 326-6765 Mayor Edward T. Paget, M.D. Vice Mayor Jeff Williams Councilmember Tony Frazier Councilmember Tom Darcy Councilmember

More information

Honorable Mayor and Members of the City Council. Art Bashmakian, AICP, Director of Planning and Building Services

Honorable Mayor and Members of the City Council. Art Bashmakian, AICP, Director of Planning and Building Services TO: ATTENTION: FROM: SUBJECT: Honorable Mayor and Members of the City Council Jeffrey L. Stewart, City Manager Art Bashmakian, AICP, Director of Planning and Building Services Consideration and possible

More information

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons

More information

CITY OF AZUSA AUTOMATIC TELLER MACHINE AGREEMENT

CITY OF AZUSA AUTOMATIC TELLER MACHINE AGREEMENT CITY OF AZUSA AUTOMATIC TELLER MACHINE AGREEMENT 1. PARTIES AND DATE. This Agreement is made and entered into this day of November, 2013 by and between the City of Azusa ( City ), a California municipal

More information

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the

More information

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the

More information

City of Signal Hill Cherry Avenue Signal Hill, CA

City of Signal Hill Cherry Avenue Signal Hill, CA City of Signal Hill 2175 Cherry Avenue Signal Hill, CA 90755-3799 May 5, 2009 AGENDA ITEM TO: FROM: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL BARBARA MUÑOZ DIRECTOR OF PUBLIC WORKS SUBJECT: APPROVAL

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

More information

DIF CREDIT AGREEMENT [Insert Project Name]

DIF CREDIT AGREEMENT [Insert Project Name] DIF CREDIT AGREEMENT [Insert Project Name] This DIF CREDIT AGREEMENT ( Agreement ) is entered into this day of, 20, by and between the CITY OF WILDOMAR, a California municipal corporation ( CITY ), and,

More information

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 1. DELIVERY OF PROPOSALS. It is the Proposer's responsibility

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,

More information

Proposals must be received at or before 2:00 p.m., Thursday, November 9, 2017.

Proposals must be received at or before 2:00 p.m., Thursday, November 9, 2017. October 20, 2017 NOTICE OF REQUEST FOR PROPOSALS ( RFP ) RFP SUBJECT: Pool Maintenance and Repair Services of City Swimming Pools, Spa and Sprayground at Crown Valley Community Park, located at 29751 Crown

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

CITY OF ELK GROVE. Sale of Surplus Palm Trees. Located At The. Proposed Sports Complex Property

CITY OF ELK GROVE. Sale of Surplus Palm Trees. Located At The. Proposed Sports Complex Property CITY OF ELK GROVE Sale of Surplus Palm Trees Located At The Proposed Sports Complex Property Office of the City Clerk City of Elk Grove 8401 Laguna Palms Way Elk Grove, CA 95758 Proposals Due by 4:00 p.m.,

More information

CITY COUNCIL CONSENT CALENDAR

CITY COUNCIL CONSENT CALENDAR CITY COUNCIL CONSENT CALENDAR NOVEMBER 7, 2016 SUBJECT: PREPARED BY: WITH KEYSER MARSTON ASSOCIATES INC. FOR TECHNICAL ASSISTANCE AND ANALYSIS SERVICES RELATED TO HOUSING HUMAN SERVICES & RENT STABILIZATION

More information

USE AGREEMENT BETWEEN CITY OF DADE CITY AND SPONSOR OF COMMUNITY GARDEN ORGANIZATION W I T N E S S E T H :

USE AGREEMENT BETWEEN CITY OF DADE CITY AND SPONSOR OF COMMUNITY GARDEN ORGANIZATION W I T N E S S E T H : USE AGREEMENT BETWEEN CITY OF DADE CITY AND SPONSOR OF COMMUNITY GARDEN ORGANIZATION THIS AGREEMENT is made by and between the City of Dade City, a municipal corporation organized and existing under the

More information

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service: THIS INDEPENDENT CONTRACTOR AGREEMENT (hereinafter, this "Agreement"), entered into this of, 2013, by and between the CITY OF WINSTON-SALEM, a North Carolina municipal corporation (hereinafter, the "City")

More information

19 TH STREET SEWER REPAIR CITY OF SPARKS, NEVADA

19 TH STREET SEWER REPAIR CITY OF SPARKS, NEVADA Informal Quotation Contract Page 1 19 TH STREET SEWER REPAIR CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 22nd day of June, 2015, by and between the City of Sparks, Nevada, a municipal

More information

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES FORM CONTRACT FOR INDIGENT DEFENSE SERVICES WHEREAS, the City of, Washington (hereinafter City ) provides indigent defense services to individuals who have been certified for representation in criminal

More information

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR This Agreement is made this day of, 2018, by and between SPRINGVILLE CITY, 110 S Main, Springville, Utah (hereinafter referred to as the City ), and,

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) This CONTRACT, made this day of August 2014, by and among Crussin Explorer Transportation Inc. d.b.a. Cline Tours, Inc. (the Contractor.) and The City

More information

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. ARTICLE 5 - Bonds and Insurance 5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. For the purposes of this Article, the terms Terrebonne Parish Consolidated Government, TPCG, and OWNER shall include,

More information

Insurance Requirements for Contractors

Insurance Requirements for Contractors Insurance Requirements for Contractors I. CONTRACTOR S LIABILITY AND WORKERS COMPENSATION INSURANCE Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries

More information

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP) REQUEST FOR PROPOSALS (RFP) The Planning & Environment Review Department invites submission for Full Service Building Services Date Issued: April 8, 2019 Deadline for Submissions: April 30, 2019 at 4 PM

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). SERVICE AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). WITNESSETH: WHEREAS, Owner desires to engage Vendor, as an independent contractor,

More information

Pella Certified Contractor Agreement. This Agreement is made this day of, 20, by and between. _ ( Pella Sales Entity ) and. ( Remodeler ).

Pella Certified Contractor Agreement. This Agreement is made this day of, 20, by and between. _ ( Pella Sales Entity ) and. ( Remodeler ). Pella Certified Contractor Agreement This Agreement is made this day of, 20, by and between ( Pella Sales Entity ) and ( Remodeler ). In consideration of the mutual promises herein contained the receipt

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

DEVELOPER EXTENSION AGREEMENT

DEVELOPER EXTENSION AGREEMENT DEVELOPER EXTENSION AGREEMENT SILVER LAKE WATER DISTRICT APPLICATION AND AGREEMENT TO CONSTRUCT EXTENSION TO DISTRICT SYSTEM Project: Developer: The undersigned, Developer (also referred to as Owner )

More information

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT is

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

More information

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

More information

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS ARTICLE 5- Bonds and Insurance 5.1 PERFORMANCE AND OTHER BONDS: 5.1.1 CONTRACTOR shall furnish performance and payment Bonds,

More information

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT THIS AGREEMENT is made and entered into on this day of, 20, by and between the CITY OF STOCKTON, hereinafter referred to as "CITY,

More information

INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE

INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE This INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE, entered into as of this date (the Agreement ), is by

More information

SHORELINE AREA TREE TRIMMING

SHORELINE AREA TREE TRIMMING CITY OF SAN LEANDRO REQUEST FOR QUOTATION SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CALL: Darryl Sweet Purchasing Supervisor

More information

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: 1. THE PRICES, TERMS AND CONDITIONS OF THIS AGREEMENT #, ATTACHMENT A SPECIAL TERMS AND CONDITIONS, ATTACHMENT A_1 SECURITY, EXHIBIT 1 MANUFACTURER

More information

WHEREAS, the County desires to enter into an agreement with the Contractor for the provision of such services as set forth herein.

WHEREAS, the County desires to enter into an agreement with the Contractor for the provision of such services as set forth herein. AGREEMENT FOR PHYSICIAN STAFFING SERVICES PD 14-15.004 THIS AGREEMENT is made this day of, 2014 (hereinafter referred to as Effective Date ), by and between Escambia County, Florida, a political subdivision

More information

Knox County Government and Strategic Equipment and Supply

Knox County Government and Strategic Equipment and Supply Knox County Government and Strategic Equipment and Supply This Contract made and entered into this day of, 2010 by and between Knox County Schools, on behalf of Knox County Government, through its governing

More information

Deluxe Corporation Purchase Terms and Conditions

Deluxe Corporation Purchase Terms and Conditions Deluxe Corporation Purchase Terms and Conditions The following standard purchase terms and conditions only apply to purchasing transactions (including but not limited to purchase orders) that do not have

More information

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # 24-09-CM BACKGROUND The City of Kirkland Economic Development Program is focused on business retention. The satisfaction of existing

More information

COOPERATIVE AGREEMENT NO. C BETWEEN ORANGE COUNTY TRANSPORTATION AUTHORITY AND COUNTY OF ORANGE FOR

COOPERATIVE AGREEMENT NO. C BETWEEN ORANGE COUNTY TRANSPORTATION AUTHORITY AND COUNTY OF ORANGE FOR 1 2 3 4 5 6 7 COOPERATIVE AGREEMENT NO. C-6-1309 BETWEEN ORANGE COUNTY TRANSPORTATION AUTHORITY AND COUNTY OF ORANGE FOR PROJECT V COMMUNITY- BASED TRANSIT/CIRCULATORS 8 THIS AGREEMENT, is effective this

More information

EMERGENCY VEHICLE UPFIT BID #17/ CITY OF SPARKS, NEVADA

EMERGENCY VEHICLE UPFIT BID #17/ CITY OF SPARKS, NEVADA General Services Contract (Rev 3/7/16) Page 1 EMERGENCY VEHICLE UPFIT BID #17/18-002 CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 12th day of July, 2017, by and between the City of

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

Agreement for Reimbursement of Funds For Construction of Certain Tenant Improvements RECITALS

Agreement for Reimbursement of Funds For Construction of Certain Tenant Improvements RECITALS Agreement for Reimbursement of Funds For Construction of Certain Tenant Improvements This reimbursement agreement (this Agreement ) dated as of September 19, 2011, (the Effective Date ) by and between

More information

SUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT

SUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT Julie Procopio, P.E. Director of Engineering Services 201 North Broadway, Escondido, CA 92025 Phone: 760-839-4001 Fax: 760-839-4597 May 30, 2017 SUBJECT: RESPONSES TO QUESTIONS FOR RFP FOR CMP ASSESSMENT

More information

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development REQUEST FOR PROPOSALS For Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development Proposal Issue Date August 22, 2017 Proposal Submittal Due Date September

More information

FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA

FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA Informal Quotation Contract Page 1 FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this

More information